JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LIMITED

Request for Quotation of Market Rate items assessed within Comprehensive Façade Development, Shop Front Improvement, Road Improvement and Street Scaping Proposal for Baba Precinct Renewal, Project under JUIDCO Ltd. NIT No: JUIDCO/NIT/Deoghar/RFQ/ 2018/ 144

(February-2018) Urban Infrastructure Development Company Ltd, 3rd Floor, Pragati Sadan, near Kutchery Road Ranchi, Jharkhand- 834001

DISCLAIMER

1. Though adequate care has been taken while issuing this Offer Document, the Bidder should satisfy himself that the document is complete in all respects. Intimation of any discrepancy shall be given to this office (as mentioned below) immediately. If no intimation is received by this office within 3 days from the date of issue of the Offer Document, then this office shall consider that the document received by the Bidder is complete in all respects and that the Bidder is satisfied that the Offer Document is complete in all respect.

2. JUIDCO reserves the right to change any or all of the provisions of this Offer Document before date of submission. Such changes would be intimated to all the Bidders procuring this Offer Document before date of submission.

3. JUDICO reserves the right to reject any or the entire offer without assigning any reasons whatsoever. No correspondence will be entertained on this account.

Sd/- Project Director (Tech) JUIDCO Ltd. Ranchi.

JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LIMITED 3rd FLOOR, RRDA BUILDING, PRAGATI SADAN, KUTCHERY RANCHI 834 001, JHARKHAND. Ph: +91 651 2243203, Cell no.: +91-9431103781 E-mail: [email protected]/ [email protected] CIN: U45200JH2013SGC001752

Quotation Notice

NIT No.: JUIDCO/NIT/Deoghar/RFQ/ 2018/ 144 Date: 12.02.2018 Request for Quotation of Market Rate items assessed within Comprehensive Façade Development, Shop Front 1. Name of the Work Improvement, Road Improvement and Street Scaping Proposal for Baba Baidyanath Temple Precinct Renewal, Deoghar Project under JUIDCO Ltd. Online juidco.jharkhand.gov.in under Tenders Link and 2 Availability of Quotation udhd.jharkhand.gov.in under the Tender Link from 12th Feb, 2018 Offline Mode of submission of 3 (Through Post/By Hand/By mail on Quotation [email protected]) Earnest Money Deposit EMD – Rs 10,000.00 (Rupees Ten Thousand Only) 4 (EMD) (In INR) (Refundable) Date of starting of sale of 5 12.02.2018 at 16:00 Hrs Documents Date/Time of Pre-Bid Query 6 19.02.2018 from 15:00 Hrs Meeting Last Date of Quotation 7 26.02.2018 up to 17:00 Hrs Submission Jharkhand Urban Infrastructure Development Company Quotation Submission 8 Ltd, 3rd Floor, Pragati Sadan, Near Kutchery Road Address Ranchi, Jharkhand- 834001 Helpline number for 9 +91- 9650157608, +91- 7070991811, +91- 8294014446 e-procurement cell

Sd/- Project Director (Tech), JUIDCO Ltd.

JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LIMITED 3rd FLOOR, RRDA BUILDING, PRAGATI SADAN, KUTCHERY RANCHI 834 001, JHARKHAND. Ph: +91 651 2243203, Cell no.: +91-9431103781 E-mail: [email protected]/ [email protected] CIN: U45200JH2013SGC001752

NIT No.: JUIDCO/NIT/Deoghar/RFQ/ 2018/ 144 Date: 12/02/2018

Request for Quotation of Market Rate items assessed within Comprehensive Façade Development, Shop Front Improvement, Road Improvement and Street Scaping Proposal for Baba Baidyanath Temple Precinct Renewal, Deoghar Project under JUIDCO Ltd.

1. Sealed Quotations are invited from experienced Bidders having adequate experience of supply of similar types of products. 2. Details with respect to submission of Quotation can be downloaded from juidco.jharkhand.gov.in under tender section. 3. The last date for submission of Quotation is 26.02.2018 upto 17:00 hrs. 4. All communications including the submission of Quotation should be addressed to: Project Director (Technical) Jharkhand Urban Infrastructure Development Company Ltd, 3rd Floor, Pragati Sadan, near Kutchery Road Ranchi, Jharkhand- 834001 Email: [email protected]

5. The technical part of this offer shall be opened on 27.02.2018 at 17:30 hrs in the office of JUIDCO ltd. before the duly constituted committee. The Bidder/ supplier/ manufacturer or his duly authorized representative may be present during opening of the technical bid. 6. JUIDCO reserves the right to accept or reject in part or as a whole any of the proposal received without assigning any reason thereof. 7. Earnest Money Deposit (EMD) is defined in Table 1.1. Table 1.1

S. Name of the Work Earnest Money Deposit (EMD) No. 1 2 3 1. Request for Quotation of Market Rate items assessed Rs. 10,000/- (Ten Thousand Only) within Comprehensive Façade Development, Shop in form of Demand Draft of Front Improvement, Road Improvement and Street Nationalized/Scheduled Bank in favor Scaping Proposal for Baba Baidyanath Temple of “Managing Director, JUIDCO ltd.” Precinct Renewal, Deoghar Project under JUIDCO payable at Ranchi. (Refundable) Ltd.

8. Envelop should contain the NIT No. and Title and be addressed to the Project Director (Technical) JUIDCO, 3rd Floor, Pragati Sadan, near Kutchery Road Ranchi Jharkhand- 834001 with detail of bidder’s addresses as well. 9. Quotation in original shall be submitted in the Office of JUIDCO Ltd. office on all working days between 12/02/2018, 16:00 Hrs to 26/02/2018, 17:00 Hrs either by registered post/Speed post or by hand. Only those bids will be entertained whose Bid is received before 17:00 Hrs, dated 26/02/2018. JUIDCO will not be held responsible for the postal delay, if any, in the delivery of the document or non-receipt of the same. 10. The interested bidders/ supplier/ manufacturer should confirm their participation and must submit their queries through post or email [email protected] in writing by 18/02/2018 at 16:00 Hrs. 11. The undersigned reserves the right to accept or reject all the quotations without assigning any reason. It also reserves the right to postpone or to cancel the tender. 12. Other details can be seen in the RFQ document and Instructions to Bidders.

Sd/- PROJECT DIRECTOR (T) JUIDCO Ltd, Ranchi.

Section-1 Instruction to Bidders

1. BACKGROUND OF THE PROJECT 1.1 Deoghar is the main city of in the of the state of Jharkhand, . Deoghar is also known as "", "Baba Dham. Deoghar Located in the north-eastern part of Jharkhand, Deoghar is a major Hindu pilgrimage and a famous health resort. The ancient temple of Baba Baidyanath, which is one of the twelve 'jyotirlings' in India is located in Deoghar. Baidyanath Dham, situated in the Santhal Pargana of , is a very important pilgrim centre. It is famous for the temple of -Baidyanath and the place is a popular holiday centre. Deoghar is an ancient town famous for its group of 22 temples dedicated to the Hindu god Shiva. 1.2 The Area Development plan for Deoghar aims to identify and recognise the challenges faced by the city and provide integrated solutions to ensure sustainable development of the city. To sum up, ADP aims for IMPROVEMENT OF STREET FORM AND STREET FAÇADE TO ACHIEVE A COHERENT AND LEGIBLE ENVIRONMENT. 1.3 The concept and approach of the ADP is based on analytical and advisory assessment of the prevailing situation and formalizing the strategies to achieve an implementable approach. THE IDEA IS TO DEVELOP A FORM FOR THE STREET IDENTIFIABLE WITH THE CITY OF DEOGHAR & ITS CULTURE. 1.4 Baba Baidyanath Temple is one of the most visited and important pilgrim destinations for in India. But, typical scenario of almost all Indian tourist destinations; finds the approach roads in extreme chaos in regards to architecture and infrastructure which is never appreciated by any visitor. This greatly limits the actual potential of the destination in terms of tourism, since access is of prime importance when planning to promote a certain destination for tourism. 1.5 The absence of infrastructure that is owned by the public or is for public use is a major concern that is to be taken in account in ADP. Though, Deoghar is well equipped with commercial establishments and banking services like branches of various banks and ATM facilities, the city is deprived of the following public infrastructure facilities like : Public Toilets/Mobile Toilets, Tourist Information Centres/Information Booths , Parking facilities, Water points, Dustbins, Other Street Furniture , Public Service Centres , Recreational areas like parks, Petrol Pumps etc. As part of the Project, there are several street infrastructure and Façade development components are being proposed in DPR. (Refer Annexure A)

2. ELIGIBLE BIDDERS 2.1 Sealed Quotations are invited in the prescribed format from ISO certified manufacturers or their authorized dealers for supply of various items as per Annexure-A for this project. 2.2 Quotations are invited through 3 envelop system: a. Envelop marked “A” – Earnest money in shape of bank's demand draft. b. Envelop marked “B” – Technical Bid i. Manufacturer authorisation certificate ii. Details (Copy of Work order/Supply order) of the goods supplied to Govt./Semi Govt./PSU in last 3 years. iii. Up-to-date Income tax clearance certificate. iv. GST Registration Certificate, PAN Card. v. Self-Attested Up-to-date Income tax Return copies for the last 3 years i.e. 2014-15, 2015-16 and 2016-17. vi. ISO Certificate of the bidder/ supplier/ manufacturer. vii. Duly Audited & Self attested copies of Profit & Loss statement, Balance Sheet for Last 3 years i.e. 2014-15, 2015-16 and 2016-17. viii. Proof of sound financial capability of the bidder/ supplier/ manufacturer. ix. An Undertaking that the bidder/ supplier/ manufacturer is not black listed by any Govt./Semi Govt./PSU and an affidavit to this effect duly notarized must be submitted along with the tender and date of the affidavit must be after date of publication of this tender. c. Envelop marked “C” – Financial Bid. Envelops marked “A” and “B” will be opened together and the contents will be evaluated at first stage. The financial bid of those bidder will only be opened, who found technically responsive, whose documents will be found satisfactory and according to instruction and specification. 3. LANGUAGE OF THE OFFER 3.1 Bidders/ supplier/ manufacturer are required to furnish all information and documents, as called for in this Document, in English Language. Any printed literature furnished by the Bidder may be in another language, provided that this literature is accompanied by an English translation, in which case, for the purpose of interpretation of the document, the English version duly authenticated will prevail. 4. EARNEST MONEY 4.1 Rs. 10,000/- (Ten Thousand Only) in form of Demand Draft of Nationalized/Scheduled Bank in favour of “Managing Director, JUIDCO ltd.” payable at Ranchi. (Refundable) will have to be submitted separately as Envelop marked A as per Clause 2.2 (a). 4.2 Any bid not accompanied by earnest money will be rejected. 4.3 The amount of earnest money will be forfeited if the bidder withdraws his bid after the opening of bid. 4.4 EMD of the participating bidders will be refundable just after the finalisation of the quotation by Tender Committee. 5. JUIDCO’S RIGHT TO ACCEPT ANY QUOTATION AND TO REJECT ANY OR ALL QUOTATIONS 5.1 The decision of the CMD, JUIDCO Ltd regarding the opening of offers, evaluation and acceptance of the offer shall be final and binding on all the Bidders/ supplier/ manufacturer. 5.2 JUIDCO reserves the right to accept or reject any offer, and to annul the offer process and reject all offers at any time prior to award of Offer, without thereby incurring any liability to the affected Bidders or any obligation to inform the affected Bidders of the grounds for the JUIDCO’s decision.

6. QUOTATION PRICE AND GENERAL CONDITIONS 6.1 Bidders/ supplier/ manufacturer will have to quote separately for each schedule in the enclosed format of quotations and evaluation of each schedule will be done separately. 6.2 All duties, taxes and other levies payable shall be included in the item’s rate. 6.3 The bidder/ supplier/ manufacturer must submit only one rate for each schedule as per Form F-3 and each item with one single rate strictly as per the technical specifications enclosed in Annexure A. No variation or variable quotation will be accepted. 6.4 All items in the respective category have to be quoted for; Quoting rates for partial items within a category will not be acceptable. 6.5 The rates quoted for each schedule shall be fixed for one year from bid opening date and shall not be subject to adjustment or change. 6.6 Correction, if any, shall be made by crossing out, initialling dating and rewriting. 6.7 Telex or Facsimile quotations are not acceptable. 6.8 The bidder/ supplier/ manufacturer must be authorised by the manufacturer to supply the goods offered by the bidder in the format enclosed in Form F-1. 6.9 The Quotation of respective bidder/ supplier/ manufacturer whose quotation has been determined to be substantially responsive and who has offered the lowest evaluated quotation price for the scheduled item shall be considered for finalization of Detailed Project Report (DPR) of this project. 6.10 No preference will be given to any bidder/ supplier/ manufacturer or class of bidders/ supplier/ manufacturer, either for price or for any of the terms and condition, earnest money deposit exemption etc. 6.11 In case of any dispute or difference, the decision of Principal Secretary, UD&HD, Govt. of Jharkhand shall be considered final. 6.12 Any firm which has been barred by the Central Government, any State Government, a statutory authority or a public sector undertaking, as the case may be, from participating in any project, and the bar subsists as on the date of Proposal, would not be eligible to submit a Quotation either by itself or through its Associate.

7. QUALIFICATION CRITERIA 7.1 The bidder must be a manufacturer or authorised by the manufacturer for each item to supply the items/goods offered by the bidder in the format enclosed in Form F-1. 7.2 The bidder/ supplier/ manufacturer should furnish information on past supply and satisfactory performance in the format enclosed in Form F-2. 7.3 The bidder/ supplier/ manufacturer shall furnish up-to-date Income tax clearance certificate with the bid. 7.4 Self-Attested Up to date Income tax Return copies for the last 3 years i.e. 2014-15, 2015-16, and 2016- 17 must be submitted. 7.5 GST Registration, PAN card copy. 7.6 The bidder/ supplier/ manufacturer shall furnish data to support that he has financial and production capability to supply the items/goods. 7.7 The bidder/ supplier/ manufacturer shall furnish duly Audited & Self attested copies of its Profit & Loss statement, Balance Sheet for Last 3 years i.e. 2014-15,2015-16, and 2016-17 in support of its financial standing & capability to supply the items/good on time. 7.8 Tenders not submitted as per the above prescribed manner will be treated as invalid. 7.9 Products of the company having ISO certification as per Annexure A will only be considered. 7.10 The tender form should be signed by the tenderer himself. 7.11 The Bidders/ supplier/ manufacturer registration must indicate that the firm deals or is engaged in activities of purchase and sale of similar items mentioned in the tender. 7.12 The tender form should be clearly filled in ink legibly or typed.

8. BID SUBMISSION REQUIREMENT 8.1 Interested Bidders/ supplier/ manufacturer wishes to quote for the various items as mentioned in

Annexure A may submit the Sealed envelopes naming A, B and C as per clause 2.2. 8.2 All the 3 above sealed envelopes will then be put & sealed in an outer large envelope addressed to Project Director (Technical), Jharkhand Urban Infrastructure Development Company Ltd, 3rd Floor, Pragati Sadan, near Kutchery Road, Ranchi, Jharkhand- 834001. The Outer envelope must be communicating the Tender name, NIT No. and Bidders address and phone no. 8.3 Each submitted Quotation should be complete in all the respects, including the EMD, Technical and Financial Envelop which must accompany each submitted documents. The Quotation should enclose

duly filled forms as annexed along with. 8.4 Necessary document in support of technical capabilities in annexed format (F-1, F-2) must be

submitted along with the proposal. 8.5 An Undertaking that the bidder/ supplier/ manufacturer is not black listed by any Govt./Semi Govt./PSU and an affidavit to this effect duly notarized must be submitted along with the tender and

date of the affidavit must be after date of publication of this tender. 8.6 An Undertaking that the bidder/ supplier/ manufacturer will abide by the quotation rate at the time of

execution/ delivery.

8.7 The Technical Proposal shall not include any financial information relating to the Financial Proposal. 8.8 Envelope marked “FINANCIAL BID” Shall contain Financial bid, i.e. as per Form F-3 (As per specification of item in Annexure A)

8.9 The offer should be deposited offline.

Annexure – A

NAME OF WORK : BABA BAIDYANATH TEMPLE PRECINCT RENEWAL, DEOGHAR, JHARKHAND COMPREHENSIVE FACADE DEVELOPMENT , SHOP FRONT IMPROVEMENT,ROAD IMPROVEMENT AND STREET SCAPING PROPOSAL SPECIFICATIONS and QUANTITIES FOR MARKET RATE ITEMS List of S.no Items Image Specification Units Qty. Standard Makes MATERIAL ITEMS Providing, laying, joining HDPE pipes 32mm and 40mm including fittings and fixtures complete and specials PE-80 grade (PN 8 Class ) conforming to IS:4984 by butt welding using a hydraulic jack equipped with heat mirror having digital / gauge for temperature and pressure display as per manufacturers specifications, providing flanges for fixing of valves as required, including Sudhakar/ 1 hydrostatic pressure testing the Nagarjuna/ HDPE pipe system to a hydraulic Godavari pipes pressure of 7.5 kg/sq.cm or 1.25 times the working pressure whichever is higher, the pipe system shall be observed for a period of not less than 6 hours, making good leaks if any etc., complete(Pipes running at below the ground) with testing and disinfection with water containing bleaching powder, complete all as specified and as directed at site a 25mm dia Pipe M 400 b 32mm dia Pipe M 2200 c 40mm dia Pipe M 7800 Providing & Fixing Glass Reinforced Concrete (G.R.C) Panels in approved size, pattern, design, thickness and color as per design. The panels should be made from '53 Grade' White Portland Cement manufactured by 'JK Cement' or UNISTONE, equivalent, Quartz, Fine Silica KETAV Sand, Alkali Resistant Glass Fiber GRC,G. K. manufactured by 'NEG' or PRECAST, GRC equivalent, Super Plasticizers 2 STONE JALIES manufactured by 'BASF' or C, CRAFT polymers manufactured by 'BASF' ,NAV or equivalent and U.V. resistant NIRMAN, Synthetic inorganic pigments YASH GRC should be used for pigmentation manufactured by 'BAYFERROX (Germany)' or equivalent. The material casting should take place in Synthetic Rubber / FRP Mold Manufactured by 'Reckli' or equivalent. The fixing of Screens should be "Dry Fixing' i,e. to be done with stainless steel (SS-304) 'L' shaped Brackets, Fasteners and pins. 2.a JALIES SQM 2664

2.b MOULDINGS SQM 190

2.c ARCADE JALI SQM 530

Intec FRP products,Va ishnow Proposing 1.5m x 2.1m Frp transparent fiber glass sheets Products, Fiber above it 5mm thick glass with 3 SQM 700 BHUVANES Glass perforated vinyl sheet decorative HWARI glass sticker for advertisements ENTERPRIS and signage’s etc. could be glued ES,SR MARKETIN G

Proposing and fixing 6mm, 8mm and 20mm thick CNC cut HPL ALFA sheets of approved designs to be ICA,Funder HPL used for signboards, eve boards, max, 4 Sheet partitions, dummy arches. Surface Formica Finishing: Glossy, Matt, Texture, ,Stylam,VR Horizontal, Embossed and some DÉCOR other special surfaces. EAVES BOARD FOR CANOPY, 4.a CHAJJA AND ROOF EAVES SQM 5868 BOARD

4.b SIGN BOARD SQM 2928

4.c WINDOW AC COVERS SQM 25

4.d DUMMY ARCHES SQM 45

COMPONENT ITEMS Proposing and placing mobile

food distribution kiosks with Dione Dimensions: 9’-10” x 6’-7”x 9’10” Foods Mobil made of fiber. To be placed during Private e peak seasons. They come ready to Limited, Food use. Mild Steel, 5 NO.S 6 Distri Working counter is made of Stain Less butio foldable laminated plywood with Steel, n a width of 1’9” at a height of 2’10” Mr Orange, With provision of storage below silver spoon it. It can be modified as per food trucks requirement. R.O There are 3 types of proposed R.O Plant plant water coolers made using Wate Pre cast stainless steel. Each unit

6 r anchored onto the P.C.C platform Coole on site. r

Providing and installing water cooler with the following specifications. Kent, Aqua Compressor :Rotary guard, A. O. Type- Cooling Capacity (Ltr /hr) :200 Smith X8, 2 a Dimensions (WxDxH) NO.S 17 Stain Less Water :730x630x1360mm Steel cooler Number of Faucets :2 (Usha), Refrigerant :R-22 Livpure Total storage capacity :400ltr Type :Storage Providing and installing water fountain to be installed for usage Type- Kent, Aqua in narrow streets with the 3 guard, A. O. following specifications - Drinki Smith X8, Compressor :Reciprocating b ng NO.S 15 Stain Less Cooling Capacity (Ltr /hr) :60 Water Steel Dimensions (WxDxH) Fount (Usha), :250x400x600mm ain Livpure Number of Faucets :1 Refrigerant :R-22

Proposing and placing mobile Type - drinking water points with 4 Stain Less Dimensions: 4.2m x 1.2m made of Mobil Steel, ACP. To be placed during peak e Stain Less c seasons. Each mobile drinking NO.S 11 drinki Steel water point has 4 faucets with an ng (Usha), additional provision for inlet and water Livpure outlet. It can be modified as per point requirement. Proposing an fixing automatic barricade with the following specifications and approved make -Type 1 : 1.5m wide and Type 2: 5m wide · 2 No Remote And Id Tech,

7 accessories (Telescopic Boom of No.s Home

aluminum alloy) with control Automation Auto panel · Power consumption must ,Toshi matic be less than 80 W· The housing Automation Barri box must be Right Arm Direction Systems, cade Control PCB Avians, Redington, Mild Steel a Type 1 : 1.5m wide 13 Concrete

b Type 2: 5m wide 13

Mobil e 8 toilet s Proposing and placing FRP mobile toilet van. To be placed during Frp Pannel, peak seasons. The Portable Toilets can be deployed even in the most Crc Sheets remote areas without basic sanitation. They come ready to use. All ,Barkile that is needed is to provide water inlet line and sewerage outlet. NO.S 4 Sheets, These come in units which are specific for male/ female use, urinal Mild Steel blocks and with options of IWCs or EWCs respectively. One toilet ,Frp cabin can accommodate anywhere between 4 to 10 units. It can be Pannels modified as per requirement. Providing and installing Electro- hydraulic Bollard, consisting of (one, two, three or four) vertical lift retractable Bollards operating (independently or in sets of two, three or four), a Hydraulic Power Unit, the Controls And Logic Circuits and Related Features. Bollard shall be a below ground assembly containing a heavy steel cylindrical well-meant capable of being raised to an above ground Toshi Semi- guard position. The guard Automation Auto position shall present a Systems, 9 matic formidable obstacle to an NO.S 85 Avians, Bolla approaching vehicle. Bollards are Redington, rd available with impact load from Mild Steel 40 kN to 180 kN. Depending on Concrete requirement, the Bollards with the impact load can be specified. Main Features :- Thickness : 12mm Diameter : 273mm Height From Ground : 750mm Hydraulic Operated In Built Sensitive Head with flashing RED LED’s (Need Brain Controller for Electronic Controls)

Infor matio n Outdoor full color Information display screen board proposed to be bann placed at transport hubs and places where there is large public ers/h gathering to provide them with firsthand information regarding 10 oardi NO.S 12 temple related activities. In sizes – 9’X12’, 9’X16’, 19’X26’. These are ngs – self-contained semi-trailer screens. Fixed at strategic location in for public places of transport. trans port hubs 11 STATUES Constructing Statue -1 on site using FRP material with the dimensions

Height: 2.4 Meter Width: 2 Meter Depth: As per proportion Color: As per design Placed on top of a pedestal made Statue using RCC in cement mortar 1:6 1: (1 cement :6 coarse sand) cement a Shiva 1 plaster 18 mm CP in two coats Famil under layer 12 mm thick CP 1:6 (1 y cement: 6 coarse sand) and a top layer 6mm thick CP 1:3 (1 cement: 3 coarse sand) foundation concrete 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) all complete as per standard design Constructing Statue -2 on site using FRP material with dimensions Height of Statue: 6 Meter Width of Statue: 4.3 Meter Depth of Statue: As per

proportion Color: As per design The base is made using Precast Concrete Wall M25 with foundation concrete 1:4:8 (1 Statue cement: 4 coarse sand: 8 graded 2: stone aggregate 40mm nominal Stand size) 18 mm thick, mirror b ing polished pre molded and pre NO.S 1 Shiva polished machine cut granite Statu stone of required size and shape e of approved shade, colour, laid over 20mm thick base of cement mortar 1:4 (1cement: 4 coarse sand) including grouting the joints. External plastering 12 mm thick with cement mortar 1:5 (1 cement : 5 coarse sand), finished smooth with a floating coat of neat cement on walls and bed concrete etc. with Cement base Paint finished all complete as per standard design Constructing Statue -3 on site using FRP material with the

dimensions Height: 2.8 Meter Diameter: 2.3 Meter Depth: As per proportion Statue Color: As per design 3: Placed on top of a pedestal made Shiva using RCC in cement mortar 1:6 statu (1 cement :6 coarse sand) cement c e NO.S 1 plaster 18 mm CP in two coats with under layer 12 mm thick CP 1:6 (1 godd cement: 6 coarse sand) and a top esses layer 6mm thick CP 1:3 (1 heads cement: 3 coarse sand) foundation concrete 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) all complete as per standard design. Proposing and fixing Stainless Steel bus shelters of dimension

6.Mtr x 2.0 Mtr x 2.5 Mtr having background in two parts for Stain Less Smart advertising boards , with seating Steel Bus arrangements using stainless 12 NO.S 9 :Ss304, Shelt steel flats, sheets, pipes, mild Stain Less er steel, polycarbonate sheet, acrylic Steel sheet and all accessories including all cost for the following Technical specifications. It can be modified as per requirement.

Proposing and installing Temple bell made in in pure brass metal to be placed to be a part of Brass entrance arches. The approved 13 NO.S 5 Bell design must be Handcrafted by Indian artisans. Dimension of bell: 1m * 1m * 1.2m (L*W*H) | Chain hang: 0.8m

Proposing and fixing information and direction kiosk for Direction and place identification retro reflectorized sign as per IRC: 67 Xiphias,Elpr Infor made of high intensity grade o matio sheeting vide clause 801.3, fixed Technologi n over aluminum sheeting, 2mm es, 14 digita thick supported on a mild steel NO.S 18 Kiosk l single angle iron post 75 x 75 x 6 Infotouch Kiosk mm firmly fixed to the ground by Systems,ES s means of properly designed SAE, PALAS foundation with M15 grade cement concrete 45 x 45 x 60 cm, 60 cm below ground level as per approved drawing

Digita l Proposing 12’X 8’ Outdoor scree displays with pixel density of ns – 10mm and full color. It must have used the following features of LG, 15 for polarization, safety glass, optic NO.S 4 Samsung, Live bonding, and ambient light Sony strea sensor. The flat LED full color ming Display supports animation and and graphics. Adve rtisin g Proposing and installing guard rails / chains made using stainless steel 12mm thickness for added SS 16 safety in the ghat area and hook Chain, Rings and Hook rings 3mm thickness,75mm dia for Festive lightings to be fix on façade

Tata, Jindal

a SS chain M 480

Crompton,

Havells, b Nos. 841 Phillips, Hook ring Syska

c SS Rings Nos. 841

EXTERNAL ELECTRICAL Proposing 5 types of modular Smart poles structure with Hybrid LED module with different configurations of the modules. Modules have attachable features Camera Module, Wi-Fi Module, Speaker Module in the units. Modules have versatility with 360° rotation of modules. Corrosion resistant powder

coated aluminum having

electrostatic powder coated Heper,

modules. Lamp compartment to Phillips,

have symmetrical light Surya

Lamp distribution with luminous flux of 17 post 5500lm. Power wattage of fitting 70W. Lighting module possess color temperature of 4000K. Fixture has ingress protection rating of IP65 having safety class: CLASS I. Control system. Fixture's operating temperature: -30°C - +55°C. Pole base of 3000mm and top module for Wi-Fi and camera unit of 360mm height. Modular structure with Hybrid LED module in the units. Type a Lamp Post with LED module Corrosion resistant aluminum Nos. 291 1: housing having electrostatic powder coated modules. Modular structure with Hybrid LED module. Speaker Module in Type With light and Speaker at streets the units. Corrosion resistant b Nos. 48 2: surrounding the Temple aluminum housing having electrostatic powder coated modules. Camera Module, Wi-Fi Module, Canon, Speaker Module in the units. Sony, Lamp compartment has MIC With Camera, Wi fi, Light, Type symmetrical light distribution Electronics c speaker and Digital Sign board at Nos. 48 3: with luminous flux of 5500lm. Ltd, Junctions Additionally scrolling signboards Kwality and direction signboards are Photonics attached onto the pole. Pvt Ltd Small cast iron wall bracket with MIC Type d Wall mounted street light light, powder coated with black Nos. 158 Electronics 4: color paint. Ltd, Modular structure with two way Kwality Type Lamp post with two way light e Hybrid LED module in the units. Nos. 396 Photonics 5: fixtures Corrosion resistant aluminum Pvt Ltd, housing having electrostatic powder coated modules. Providing and installing CCTV

cameras of following specifications and approved make - · Technology :Infrared Sony, LG, · IR Distance(m):20 Samsung, · Dimensions (L x W x Kwality D)(mm):8cm*9cm Photonics CCTV 18 · Viewing Angle (Degree):85 Nos. 46 Pvt Ltd, Camera · Connectivity :IP/Network Cp Plus, Wireless Panasonic, · Type :IP Camera Hik Vision · Video Compression Sony, Format:H.264 · Minimum Illumination(Lux):1/4 · High Definition:720P(HD) · Resolution:1280*720

RBM Dimensions : 300dia(L600)mm Loud Internation Material: ABS (UV Protected) 19 speak Nos. 10 al Power (Watts)-500 Watt Speaker er MRH Sound Channel-2.0 Solutions Supply 1100 V grade, PVC / XLPE insulated Aluminum / Copper conductor steel wire armoured power cables. The cables shall be clamped at regular intervals using clamps and fasteners for proper Havells, laying. Gold medal, 20 The cable quantities given are Armour,Fin approximate and to cover various olex sizes. The contractor shall measure the cables required and procurement order shall be placed SUPPL accordingly. The quantities shall Y OF be confirmed before start of work. a CABLE 3C x 6 sq.mm AL flat cable sq.mm M 25000 b S 3C x 10 sq.mm AL flat cable sq.mm M 25000 2C x 2.5 sq.mm copper armoured 1000 c M cable 4C x 2.5 sq.mm copper armoured 1000 d M cable 2C x 16 sq.mm copper armoured 500 e M cable Supplying and making end termination with brass compression gland and aluminum 21 S/M lugs/cu for following size of PVC LV / insulated and PVC sheathed / xlpe MV aluminum conductor cable of 1.1 Havells, cable KV grade as required. Gold medal, end Armour, 4C x 2.5 sq.mm copper armoured a termi 20 Finolex, natio cable n 2C x 2.5 sq.mm copper armoured b Each 10 cable 2C x 16 sq.mm copper armoured c cable ups 10 OUT STREET LIGHTING PANEL SEP India,

22 DOOR :Fabrication ,Transportation , LS King high 1 STREE Supply, Installation, Testing and volt, MB T Commissioning of suitable size , automation LIGHT plinth mounting OUT door type LT India PANEL Distribution panel of 14 gauge CRCA sheet for termination of 3.5c x 120 sq. mm. aluminum cables with the following incorporated in the panel for Distributing the power supply .(The working drawings for panel board should be got approved by the Department before fabrication of Panel). Main incoming: 63 A FP 25 kA MCCB with microprocessor based having over load, short circuit and earth fault protection - 1No. Makes: Siemens/ Schneider. L&T100A Aluminum Bus bar (6mm x 20mm x Suitable length) - 4nos -Main Sleaves tape for bus bar R Y B N-required lengthInsulators for busbar fixing (panel type)-8 NosPhase indicator lamps - 1set (L&T make)Extended earth terminals - 2nos with 40X6 mm G.I Strip Current Transformer- 230/5A - 3 Nos KAPPA make VAF METER (0-200A)-Digital type (conzerv/ HPL make) supply of HRC Fuse links 2A - 3 Nos

23

Crompton, a String lighting M 42,76 Phillips, 7 Surya

Crompton, Havells, b Drop lighting M 7,293 Phillips, Surya Crompton, Havells, c LED bulbs Nos. 5,257 Phillips, FESTIVE Syska, Surya LIGHTIN G Monumental lighting-It is proposed to have Focus lighting on Crompton, monuments/ statues- LED Flood Havells, d lights with custom, extra deep Nos. 375 Phillips, glare shields along the perimeter Surya to make it a visually pleasing location

Lighting bollards-Providing and fixing a powder coated stainless steel and waterproof pole of height 2’6” suitable for outdoor use. It must be topped with LED light on the outer rod fixed inside an Crompton, acrylic sheet for water proofing. Havells, e Nos. With a voltage of 90-260v 592 Phillips, connected to an AC power source. Surya It must have a minimum 3 year warranty. The pole is fixed onto a circular base plate made of powder coated stainless steel of 6mm thickness screwed with 12mm dia bolts onto the pavement.

Crompton, Havells, f Nos. Hanging lights 544 Phillips, Syska, Surya

24 Electrical Details IIlent DG SET & AMF PANEL 500KVA Generator - a Nos. capacity 1 Greeves, Crompton b Main PCC panel Nos. 1 c Feeder Pillars Nos. 20 Wiring -3.5c x 25 sq.mm Havells, d M 10,00 Armour, 0 Finolex, Wiring- 2C x 6 sq.mm Havells, e M 7,500 Armour, Finolex,

Outer frame size : 2200MM(H) X 800MM(W) x500MM(D) DOOR Inner frame size : 2010MM(H) X FRAME 700MM(W) x500MM(D) 25 METAL NO.S 5 Electric current : AC 220V/50hz DETEC Power :< 35W TOR Work Environment : -20oC- +55oC degree 26 PANEL BOARD Panel Board for 80 KVA T/F : Fabrication ,Transportation , Supply, Installation, Testing and Commissioning of suitable size , plinth mounting OUT door type LT Distribution panel of 14 gauge CRCA sheet for termination of 3.5c x 120 sq. mm. aluminium cables with the following incorporated in the panel for Distributing the power supply .(The working drawings for panel SEP India, board should be got approved by King high the Department before fabrication a NO.S volt, MB of Panel). 130 automation Main incoming: 160 A FP 25 kA India MCCB with microprocessor based having over load, short circuit and earth fault protection -1No. Makes: Siemens/Schneider. L&T 200A Aluminium Bus bar (6mmx30mmxSuitable length) - 4nos -Main Sleaves tape for bus bar R Y B N- required length Insulators for busbar fixing (panel type)-8 Nos Phase indicator lamps - 1set (L&T make) Extended earth terminals - 2nos with 40X6 mm G.I Strip Current Transformer- 230/5A - 3 Nos KAPPA make VAF METER (0-200A) - Digital type (conzerv/ HPL Make) supply of HRC Fuse links 2A - 3 Nos

Panel Board for 100 KVA T/F : Fabrication ,Transportation , Supply, Installation, Testing and Commissioning of suitable size , plinth mounting OUT door type LT Distribution panel of 14 gauge CRCA sheet for termination of 3.5c x 120 sq. mm. aluminum cables with the following incorporated in the panel for Distributing the power supply .(The working drawings for panel board should be got approved by the Department before fabrication of Panel). Main incoming: 250 A FP 25 kA MCCB with microprocessor based SEP India, having over load, short circuit and King high b earth fault protection -1No. NO.S volt, MB 60 Makes: Siemens/ Schneider. L&T automation 300A Aluminum Bus bar India (6mmx50mmxSuitable length) - 4nos -Main Sleaves tape for bus bar R Y B N- required length Insulators for busbar fixing (panel type)-8 Nos Phase indicator lamps - 1set (L&T make) Extended earth terminals - 2nos with 40X6 mm G.I Strip Current Transformer- 230/5A - 3 Nos KAPPA make VAF METER (0- 200A) - Digital type ( conzerv/HPL Make) supply of HRC Fuse links 2A - 3 Nos Panel Board for 200 KVA T/F :Fabrication ,Transportation , Supply, Installation, Testing and Commissioning of suitable size , plinth mounting OUT door type LT Distribution panel of 14 gauge CRCA sheet for termination of 3.5c x 120 sq. mm. aluminum cables with the following incorporated in the panel for Distributing the power supply .(The working drawings for panel board should be got approved by the Department before fabrication of Panel). Main incoming: 160 A SEP India, FP 25 kA MCCB with King high c microprocessor based having over NO.S volt, MB 20 load, short circuit and earth fault automation protection -1No. Makes: India Siemens/ Schneider. L&T400A Aluminum Bus bar (10mmx40mmxSuitable length) - 4nos -Main Sleaves tape for bus bar R Y B N-required lengthInsulators for busbar fixing (panel type)Phase indicator lamps - 1set (L&T make)Extended earth terminals - 2nos with 40X6 mm G.I Strip Current Transformer- 230/5A - 3 Nos KAPPA make VAF METER (0-200A) - Digital type ( conzerv/HPL Make) supply of HRC Fuse links 2A - 3 Nos

Form F-1 MANUFACTURER/DEALERS AUTHORIZATION LETTER

TO, ______

SUBJECT: REQUEST FOR QUOTATION FOR COMPREHENSIVE FAÇADE DEVELOPMENT, SHOP FRONT IMPROVEMENT, ROAD IMPROVEMENT AND STREET SCAPING PROPOSAL FOR BABA BAIDYANATH TEMPLE PRECINCT RENEWAL, DEOGHAR PROJECT UNDER JUIDCO Ltd, UD&HD, GOVT. OF JHARKHAND

Dear Sir,

We M/s...... , who are established and reputable Manufacturers/Authorized dealer of ...... having factories/shop at...... and do hereby authorize M/s. (Name & address of agent) to bid, negotiate and conclude the contract with you against the above tender.

We agree to supply the required quantity of...... to M/s...... as offered by them to supply against the above stated tender.

Yours faithfully, For and on behalf of M/s...... (Name of Manufacturer/Dealer)

The authority letter must be in the letter head of the manufacturer Form F-2 PERFORMA FOR PERFORMANCE STATEMENT (FOR A PERIOD OF LAST 3 YEARS)

NAME OF THE FIRM AND ADDRESS………………………………………………………………………………..

Order Place by Order no Value of Order Date of completion Remarks (Full address of and Date of delivery Purchaser) 1 2 3 4 5

Place Signature of Bidder/ Supplier/ Manufacturer

Form F-3

PRICE SCHEDULE

Sr. Name of Image Make Unit Quantity Cost of Each Total Amount No. Items Item (In Rs.) (In Rs.) 1 2 3 4 5 6 7 8

Place Signature of Bidder/ Supplier/ Manufacturer